Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Government Hubs Fit Out — Belfast Project

  • First published: 19 April 2018
  • Last modified: 19 April 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
HM Revenue and Customs (HMRC)
Authority ID:
AA20770
Publication date:
19 April 2018
Deadline date:
15 May 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Restricted Procedure.

The purpose of this Contract Notice is to give potential tenderers advance notice that HM Revenue and Customs intend to undertake a tendering exercise for the works comprise of CAT B fit-out works of Levels Basement – Level 07 of Erskine House including M and E services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

HM Revenue and Customs

5th Floor West, Ralli Quays, 3 Stanley Street

Salford

M60 9LA

UK

Contact person: Craig Procter

Telephone: +44 3000528926

E-mail: craig.procter@hmrc.gsi.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/hm-revenue-customs/about/procurement

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Other: Tax Collection

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Government Hubs Fit Out — Belfast Project

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Government Hubs Programme is overseeing the structural re-organisation and transformation of the current estate. For HMRC, this represents a considerably consolidation programme which will see the current landscape of 170 offices reoriented into 13 modern Regional Centres, equipped with the digital infrastructure and training facilities needed to make HMRC a more highly-skilled organisation, fit for the demands of the 21st century.

This Contract Notice covers the procurement of CAT B fit-out works for the Belfast project, the second scheme within the overall Government Hubs Programme. The works comprise of CAT B fit-out works of Levels Basement – Level 07 of Erskine House including M and E services. Option of External Works scope maybe required.

II.1.5) Estimated total value

Value excluding VAT: 7 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

44000000

45000000

45210000

45213100

45213150

71000000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom.

II.2.4) Description of the procurement

Restricted Procedure.

The purpose of this Contract Notice is to give potential tenderers advance notice that HM Revenue and Customs intend to undertake a tendering exercise for the works comprise of CAT B fit-out works of Levels Basement – Level 07 of Erskine House including M and E services.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 7 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

The Employer will seek to shortlist up to five (5) of the highest scoring SSQ responses from qualifying potential suppliers to be invited to participate in the Competition.

Responses to the SSQ will be evaluated by the Employer against the selection criteria set out in the SSQ.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

To register for the event you will need to register on the HMRC SAP Ariba eSourcing Portal. Further Guidance for registering on the system can be found at: https://www.gov.uk/government/organisations/hm-revenue-customs/about/procurement

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Full details regarding legal, economic, financial and technical information to be provided at the tender stage will be detailed in the tender documentation. Potential Tenderers should be aware, however, that they may be required to forward the following information:

a. A copy of the most recent audited accounts covering the Tenderer’s last 2 years of trading (or for the period that is available if trading for less than 3 years) or

b. For the most recent full year of trading, where this information is not available in audited form, a copy of the draft or unaudited financial accounts or equivalent information showing the Tenderer’s turnover, profit and loss and cash flow position and an end period balance sheet or, where this cannot be provided, a statement signed by the finance director or similar responsible person detailing any major changes in the current financial position since the date of the latest audited accounts provided.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Full details regarding legal, economic financial and technical information to be provided at the tender stage and contained in the SSQ documentation.


Minimum level(s) of standards required:

The minimum requirements for suppliers bidding for the Belfast Project are included within the SSQ questions and the draft Invitation to Tender documentation attached to this event.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

N/A.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 015-030717

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 15/05/2018

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 20/06/2018

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Government Hubs Programme will transform central government's office estate by accommodating departmental workforces in shared regional hubs and supporting office estate. The hubs will be where our future workforce needs to be: strategic locations with great public transport connectivity, local amenities and a modern working environment, including technology that supports smart working. They will be truly shared spaces where departments can collaborate effectively together. As a result, we will operate more efficiently, our people will be more productive and departments will be supported in attracting and retaining the talented individuals we need to deliver the best possible service to the public. It is this combined approach which leads to the 21 projects that make up the Government Hubs Programme.

The project will be procured 2 stage Design and Build utilising a bespoke Pre-Construction Services Agreement which is included within the draft Invitation to Tender appended to this event. The building contract that will be used to deliver the construction works is Joint Contracts Tribunal (JCT) 2016 Design and Build Contract without Quantities. The contract particulars and Employer amendments for these agreements have been appended to this event.

The scope of works includes pre-construction services inclusive of but not limited to design, procurement, Health and Safety management, construction advice and programming and planning and construction services in accordance with the employers requirements.

The contracting authority considers this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Economic operators who wish to view the tender documentation electronically can do so on the Contracts Finder website: https://sid4gov.cabinetoffice.gov.uk/login 48 hours after the dispatch of this notice. The Awarding Authority (HMRC) use SAP Ariba Sourcing Pro (thereafter referred to as HMRC’s SAP Ariba) which must be used to express an interest and/or bid for the opportunity. (Further information about HMRC’s SAP Ariba is available at: www.hmrc.gov.uk/about/supplying.htm) Economic operators who have used HMRC’s SAP Ariba previously will be registered as part of the HMRC Ariba Supplier Network and you should access the system to obtain your account ID number. Contact details on the system should be checked and, where necessary, additional users added to help avoid duplicate registrations for the same organisation. Previously registered users having difficulty recovering their account ID number or identifying users within their organisation should email sapariba.hmrcsupport@hmrc.gsi.gov.uk

Economic operators using HMRC’s SAP Ariba for the first time, including suppliers who are already registered on the wider SAP Ariba supplier network, will need to register at http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full (You must ensure that you are directed to the registration page for HMRC’s SAP Ariba, identified with the HMRC logo at the top of the page, and to do this you may need to cut and paste the web address directly into your web browser). You will receive a system generated email asking you to activate your SAP Ariba supplier account by verifying your email address. Once you have completed the activation process you will receive a further email confirming the ‘registration process is now complete’ and providing you with ‘your organisation’s account ID’ number. If an email response from HMRC is not received within one working day of your request, please re-contact sapariba.hmrcsupport@hmrc.gsi.gov.uk (after first checking your spam in-box) notifying non-receipt and confirming when your registration request was first made.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=309338173

GO Reference: GO-2018413-PRO-12224450.

VI.4) Procedures for review

VI.4.1) Review body

HM Revenue and Customs

5W Ralli Quays, 3 Stanley Street

Salford

M60 9LA

UK

Telephone: +44 3000587843

E-mail: lesley.bond1@hmrc.gsi.gov.uk

Internet address(es)

URL: www.hmrc.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

HMRC will incorporate a minimum 10 calendar day standstill period at the time the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the address at I.1. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into, the Court may only award damages.

VI.5) Date of dispatch of this notice

13/04/2018

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
45210000 Building construction work Works for complete or part construction and civil engineering work
44000000 Construction structures and materials; auxiliary products to construction (except electric apparatus Materials and Products
45000000 Construction work Construction and Real Estate
45213100 Construction work for commercial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45213150 Office block construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
craig.procter@hmrc.gsi.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.